SOLICITATION NOTICE
70 -- Lexmark Manufacturer 1 year Warranty
- Notice Date
- 7/21/2016
- Notice Type
- Presolicitation
- Contracting Office
- T45 West Street, Fort Drum, NY 13602
- ZIP Code
- 13602
- Solicitation Number
- W911S2-16-Q-1577
- Response Due
- 7/28/2016
- Archive Date
- 1/24/2017
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- N/A
- Description
- Bids are being solicited under solicitation number W911S2-16-Q-1577. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein.If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 805877. Army CHESS Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing Army CHESS contract. The contract must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's contract. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective Army CHESS contract AND upon approval from the soliciting contracting officer. This requirement is unrestricted and only qualified sellers may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2016-07-28 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Fort Drum, NY 13602 The MICC Fort Drum requires the following items, Brand Name or Equal, to the following: LI 001: Lexmark X940/945 1 year onsite service renewal, next business day.****IF PROVIDING EQUAL, SELLER SHALL ATTACH SPECIFICATIONS WITH QUOTE.***, 1, EA; LI 002: Lexmark X658 1 year onsite repair-renewal.****IF PROVIDING EQUAL, SELLER SHALL ATTACH SPECIFICATIONS WITH QUOTE.***, 85, EA; LI 003: Lexmark X792 1 year onsite repair-renewal.****IF PROVIDING EQUAL, SELLER SHALL ATTACH SPECIFICATIONS WITH QUOTE.***, 3, EA; LI 004: Lexmark XM810 1 year onsite repair-renewal.****IF PROVIDING EQUAL, SELLER SHALL ATTACH SPECIFICATIONS WITH QUOTE.***, 4, EA; LI 005: Lexmark X954 1 year onsite service renewal, next business day.****IF PROVIDING EQUAL, SELLER SHALL ATTACH SPECIFICATIONS WITH QUOTE.***, 2, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC Fort Drum intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Fort Drum is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids.All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The following provisions and clauses are applicable to this procurement: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (procurements >25k); FAR 52.204-13, System for Award Management Maintenance; FAR 52.211-6, Brand name or Equal; DFARS 252.04-7004, Alternate A, System for Award Management; DFARS 252.211-7003, ALT I, Item Identification and Valuation, paragraph 252.211-7003(c)(1)(ii) applicable text is "NONE"; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7006 Wide Area WorkFlow Payment Instructions/Electronic Submission of Payment Requests; 252.243-7001, Pricing of Contract Modifications; 252.247-7023, Primary and Alt III, Transportation of Supplies by Sea. 252.246-7006 Warranty Tracking of Serialized Items (MAR 2016). FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Price. IAW 52.204-7 System for Award Management (SAM) Registration (July 2013), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at http://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. Shipping is FOB Destination CONUS (CONtinental U.S.); unless otherwise stated in the offeror?s GSA schedule. New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED. Submitted Quotes will be valid for 45 days after the auction closing. No multiple awards will be made. Quotes received through FedBid will be evaluated and awarded on an all-or-nothing basis This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB). FAR and DFARS provisions and clauses are current to the most recent dates posted on http://farsite.hill.af.mil If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures. The associated North American Industrial Classification System (NAICS) code for this procurement is 334111 a small business size standard of 1250 employees. The Contracting Officer requests all available additional discounts, IAW FAR 8.405-4 252.203-7996, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION 2016-O0003) (OCT 2015); 252.203-7997, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2016-O0003) (OCT 2015); 252.209-7998, Representation Regarding Conviction of a Felony Criminal; 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law; 252.246-7005 NOTICE OF WARRANTY TRACKING OF SERIALIZED ITEMS (MAR 2016). Safeguarding of Unclassified Controlled Technical Information Wide Area WorkFlow Payment Instructions. As prescribed in 232.7004(b), use the following clause: WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause Department of Defense Activity Address Code (DoDAAC)is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232- 7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https:// wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the Web Based Training link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). Note: If a Combo document type is identified but not supportable by the Contractor's business systems, an Invoice (stand - alone) and Receiving Report (stand-alone) document type may be used instead.) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shallenter the e-mail address identified below in the Send Additional Email Notifications field of WAWF once a document is submitted in the system. All deliveries to Fort Drum shall be palletized when the material exceeds 250 lbs. (excluding the pallet), or exceeds 20 cubic feet, to comply with the requirements of Department of the Army Pamphlet 700-32 and MIL-STD-147E.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f8840ef50b017346b3ea2fbe3d54780d)
- Place of Performance
- Address: Fort Drum, NY 13602
- Zip Code: 13602
- Zip Code: 13602
- Record
- SN04192361-W 20160723/160722000536-f8840ef50b017346b3ea2fbe3d54780d (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |